Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 05, 2009 FBO #2933
SOURCES SOUGHT

99 -- Gulf Region District (GRD) Life Support Services

Notice Date
12/3/2009
 
Notice Type
Sources Sought
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Gulf Regional Division-Iraq, W6EX USA IRAQ PROV CMD, USACE GULF REGIONAL DIV KO, OPERATION RESTORE IRAQI FREEDOM, APO AE, AE 09316
 
ZIP Code
09316
 
Solicitation Number
W917BG-10-R-9000
 
Response Due
12/21/2009
 
Archive Date
2/19/2010
 
Point of Contact
hshatto, 540-542-1445
 
E-Mail Address
Gulf Regional Division-Iraq
(harry.w.shatto@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION - THIS IS NOT A REQUEST FOR PROPOSAL, QUOTATION, OR INVITATION TO BID NOTICE. This announcement is Request for Information (RFI) only. The United States Army Corps of Engineers, Gulf Region District (USACE-GRD) is seeking preliminary marketing information from capable and reliable sources. The requirement is to provide Life Support Services (LSS) which consists of approximately 1200 contractor, military and civilian personnel at approximately 12 separate locations dispersed throughout Iraq. Life Support Services consists of billeting management, reception and onward movement of personnel to various destinations within Iraq, transportation services to include potential commercial and light armored vehicles leases, vehicle maintenance services for a fleet of 200 mixed vehicles, (commercial), laundry services, facilities operation and maintenance services, janitorial, and vector control services. The USACE at a minimum looks for industry to provide conclusive business case results for the listed items below, as well as other requests defined in the RFI. Respondents should provide a Statement of Capabilities, which should include, as a minimum: (1) a positive response to each of the questions above; (2) If possible, a list of contracts and or contact email addresses who can provide past performance information relative to delivery schedule, quality of services provided, etc. The requested information is for planning purposes, and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. However, the USACE will utilize the information for technical and acquisition planning. It is recognized that cost information provided by the contractor is a preliminary estimate for planning purposes; the contractor will not be bound to these estimates. Subsequent acquisitions may follow in the ways to best meet USACE needs. The Government invites comments related to possible purchase or acquisition strategies. If there is a GSA or other contract vehicle already available for the services being proposed, you may include this information in your response. If your company has in the past, or currently has, the capability of receiving a Department of Defense Activity Address Code (DODAAC) to order supplies and materials through the U.S. Governments Federal Supply System, you may include this information in your response. All data received in response to this RFI marked or designated as corporate or proprietary will be fully protected from release outside the U.S. Government. It is not the intent of USACE to reimburse providers for the cost of submitting information in response to this RFI. The Government will not return pictures, documents, graphs and or other requested information. Information submitted to GRD in response to this RFI will be treated as strictly proprietary unless otherwise indicated. Information submitted in response to this Request for Information will be used for GRD business development activities. It is emphasized that this RFI is for planning and information purposes only and is NOT to be construed as a commitment by the Government to enter into a contractual agreement, nor will the Government pay for information solicited. No solicitation exists; therefore, do not request a copy of the solicitation. Questions may be directed to: harry.w.shatto@usace.army.mil, phone calls and fax transmittals will not be accepted. Interested offerors shall address the requirements of this RFI in written format as described in the previous paragraphs by electronic mail to: harry.w.shatto@usace.army.mil, no later than 5:00 PM Baghdad, Iraq local time on December 21, 2009. Respondents must demonstrate knowledge and expertise providing the services identified above in an OCONUS theater. In addition to the statement of the offerors capabilities listed above, please provide answers to the following questions. Reference question number with each response as follows: 1. Company name, company mailing address, point of contact, telephone number, facsimile number, e-mail address, Commercial and Government Entity (CAGE) Code, and size of your organization (i.e. Large Business, Small Business) using as the basis for your response. 2. Provide a limited discussion of the companys ability to offer experienced and certified technical and management personnel capable of supporting this effort. Provide detailed information on three (3) contracts for similar work within the past one to three (1-3) years. Include complete references, contract titles, and dollar values, points of contact and telephone numbers. The Government will evaluate relevant experience information based on (1) information provided by the offeror, (2) information obtained from the references provided by the respondent, and/or (3) data independently obtained from other Government and commercial sources. 3. How many people does your company employ? 4. Will you need to hire additional personnel to perform this effort? 5. Has your companys cost accounting system been reviewed by DCAA or approved by a cognizant contract officer (e.g., DCMA)? If not, how would your company financially administer a cost-reimbursement type contract? 6. Are there any other factors concerning your companys ability to perform Life Support Services throughout Iraq? 7. Is your company a foreign-owned/foreign-controlled firm and/or do you contemplate the use of foreign national employees on this effort? Responses must reference the sources sought, and contain the respondents commercial and government entity (CAGE) code.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/W916QW/W917BG-10-R-9000/listing.html)
 
Place of Performance
Address: Gulf Region District - Iraq Gulf Region District,Contracting, Services Contract Administration Branch, Camp Wolfe, Baghdad, Iraq APO AE
Zip Code: 09342
 
Record
SN02016759-W 20091205/091204000632-9be2825152664735e5cbe3eed64db622 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.